Town of Manchester, Connecticut General Services Department. Request for Proposal

Similar documents
Town of Manchester, Connecticut General Services Department

TOWN OF MANCHESTER, CONNECTICUT GENERAL SERVICES DEPARTMENT REQUEST FOR PROPOSAL PHYSICAL FITNESS ASSESSMENTS AND TRAINING RFP 15/16-75 PROPOSALS DUE:

Town of Manchester, Connecticut General Services Department. Request for Proposal

TOWN OF MANCHESTER REQUEST FOR PROPOSAL RFP NO. 15/16-32 FOR RISK MANAGEMENT CONSULTANT SERVICES PROPOSALS DUE: NOVEMBER 13, 4:00 P.M.

TOWN OF MANCHESTER, CONNECTICUT PENSION BOARD REQUEST FOR PROPOSAL #15/16-73

TOWN OF MANCHESTER, CONNECTICUT GENERAL SERVICES DEPARTMENT

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

Champaign Park District: Request for Bids for Playground Surfacing Mulch

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

STATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY )

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

MIDDLESEX COUNTY UTILITIES AUTHORITY

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY SUBSURFACE EXPLORATION AT VARIOUS (DATE): SEPT.

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

Request For Proposal (RFP) for

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

REQUEST FOR PROPOSALS

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY RETAINING WALL REPAIR 367 WEST (DATE): MARCH 6, 2014

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

SPECIFICATIONS FOR MANCHESTER PUBLIC SCHOOLS RFP# MANCHESTER HIGH SCHOOL SCHOOL PHOTOGRAPHER TABLE OF CONTENTS

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

CAPITOL REGION PURCHASING COUNCIL REQUEST FOR PROPOSAL (RFP) FOR E-PROCUREMENT SYSTEM. Issue Date: January 14, 2019

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY HYDROSEEDNG AT MANCHESTER LANDFILL (DATE): APRIL 11, 2017

Request for Proposal For Scrap Metal Removal

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

Town of Manchester, Connecticut General Services Department. Request for Proposal for

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF 3PAR EQUIPMENT

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

Traffic Control Signal Design & Engineering Services

City of Merriam, Kansas

Weston Public Schools. Request for Proposal FOR EMPLOYEE HEALTH BENEFITS ADVISORY AND SUPPORT SERVICES CONSULTANT

Request for Proposal CNC Mill For the Rockville High School

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

Proposal No:

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

SOMERSET COUNTY INSURANCE COMMISSION

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

REQUEST FOR PROPOSALS FOR INSURANCE CONSUL TANT SERVICES HUMAN RESOURCES

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY RELOCATE PLAYGROUND EQUIPMENT (DATE): JULY 8, 2016

2018 PAVEMENT CRACK SEAL PROGRAM BID NO. 17/18-71

Regional School District 17 REQUST FOR PROPOSAL HEALTH INSURANCE BROKER/CONSULTANT. Submission Deadline: October 21, :00 AM Central Office

Request for Proposal Data Network Cabling

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA REQUEST FOR BID

LEGAL NOTICE TOWN OF MADISON REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FEBRUARY 15, 2017

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY

REQUIRED SIGNATURE PAGE FOR PROPOSALS. Disaster Restoration and Recovery Services

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

The City of Moore Moore, Oklahoma

West Ridge Park Ballfield Light Pole Structural Assessment

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

TOWN OF WINDSOR. Self Contained Breathing Apparatus (SCBA) and Bottle Filling Equipment REQUEST FOR PROPOSAL

ANNEX A Standard Special Conditions For The Salvation Army

REQUEST FOR QUOTE (RFQ) # FORESTRY HERBICIDE PURCHASE POSTING DATE: JULY 24, 2018

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

The CITY OF BAYONNE is soliciting responses/proposals to the City's RFQ/RFP for the provision of the following professional services:

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY LED STREETLIGHT RETROFITS-WEST SIDE (DATE): OCT.

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

Transcription:

Town of Manchester, Connecticut General Services Department Request for Proposal Engineering Services for Manganese Removal from Globe Hollow Treated Surface Water RFP# 17/18-34 Proposals Due: October 26, 2017 @ 4:00 p.m. General Services Department 494 Main St. Manchester, CT 06040 (860) 647-3031 Fax (860) 647-5206

I. INTRODUCTION The Town of Manchester is soliciting proposals from qualified consulting firms on ways to reduce the amount of manganese in our Globe Hollow Treatment Plant Effluent. In 2016 the average amount of manganese entering the treatment plant was 0.03 ppm with a max of 0.07 ppm. The average amount of manganese leaving the treatment plant into the distribution system was 0.01 ppm with a max of 0.07 ppm for the same period. II. BACKGROUND The Globe Hollow Water Treatment Plant (GHWTP) is a complete conventional water treatment plant built in 1985. The plant utilizes water from seven reservoirs, six of these discharge into Globe Hollow Reservoir which feeds GHWTP. In 2011, the Manchester Water department completed a major upgrade to the Globe Hollow Treatment Plant. Major improvements included an ozonation system to improve the aesthetic quality of the water and to provide an additional barrier of protection against waterborne disease causing organisms. The filtering medium was changed from anthracite over sand to granular activated carbon over sand. Gaseous chlorine was replaced with sodium hypochlorite and the point of chlorination was moved from before filtration to after the filter beds. Since the upgrade the amount of colored water complaints have increased significantly. III. SCOPE OF WORK The scope of services includes the following: 1. Review of present treatment practices and applicable water quality results. 2. Investigate changing present filter media back to anthracite over sand with pre chlorination. 3. Review viable manganese treatment options within the confines of the GHWTP and reservoirs. 4. Perform all sampling and testing necessary to formulate or support viable manganese treatment options in order to develop an evaluation. 5. Prepare a desktop evaluation report which includes O&M and Capital Costs for recommended treatment options. Develop a pilot plant testing recommendation and costs to thoroughly test the recommendation of the desk top evaluation. ACCESS TO SITE Interested consultants should contact Scott Simard, Water Treatment Plant Superintendent at 860-647-3108 to access the Globe Hollow Water Treatment Plant at 125 Spring Street. Attendance at site visits are not mandatory and will not be a factor in the selection process. IV. SUBMISSION DEADLINE All proposals must be received by 4:00 p.m., October 26, 2017. Four, (4) copies shall be placed in a sealed envelope and clearly marked RFQ 17/18-34: Engineering Services for Manganese Removal from Globe Hollow Treated Surface Water. 1

Proposals shall be addressed and delivered to the Director of General Services as indicated: HAND DELIVERY U.S. POSTAL SERVICE MAIL DELIVERY Town of Manchester, Connecticut Town of Manchester, Connecticut Mr. Adam Tulin Mr. Adam Tulin Director of General Services Director of General Services Lincoln Center Lincoln Center 494 Main Street 494 Main Street Manchester, CT 06040 P.O. Box 191 Manchester, CT 06045-0191 All proposals shall be opened publicly and recorded as received. There will be no public reading of proposals. Proposals received later than time and date specified will not be considered. No proposal may be withdrawn within 30 days after the submission due date. VI. QUESTIONS AND ADDENDA Questions about this RFP may be directed to Adam Tulin, Director of General Services, by email gensvcs@manchesterct.gov or fax (860) 647-5206 or no later than 7 days prior to the date proposals are due. All information given by the Town except by written addenda shall be informal and shall not be binding upon the Town nor shall it furnish a basis for legal action by any Proposer or prospective Proposer against the Town. Answers to these questions will be addressed in an addendum which will be issued on the Town of Manchester Web site at http://generalservices1.townofmanchester.org/index.cfm/bids/. It shall be the responsibility of the bidder to download this information. THE TOWN OF MANCHESTER WILL NOT MAIL A SEPARATE HARD COPY OF ADDENDUM TO BIDDERS. No addendum will be issued less than 2 (two) calendar days before the scheduled bid opening unless it is to postpone the bid. VII. CONTENT OF PROPOSAL Consultants are requested to provide the following information with their submission. A. Title page that includes the project name, firm name, address, telephone and fax numbers, names of primary contacts and date. B. Table of Contents. C. Letter of Transmittal that will state the firm s understanding of the project and indication of their commitment to perform the work. D. The following information is requested in the Proposal: 1. Background statement on the firm, discipline capabilities, principals, staff availability, location, and financial stability. Federal GSA Form SF330 may be used but not required. 2. Qualifications and positions within the firm(s) of all technical individuals who will be assigned to the project. Include resumes of these personnel. 3. List and discuss at least three similar projects by individuals assigned to the project and reference names and addresses for these projects. 2

4. All interested firms must submit a detailed statement including the organizational structure under which the firm proposes to conduct business. 5. The relationship to any parent firm or subsidiary firm, with any of the parties concerned, must be clearly defined. In case of multiple firms, the firm of record and the party responsible for the coordination shall be identified. 6. Proposed sub-consultants shall be clearly identified and the principal contact listed. 7. Concluding statement as to why your firm is the best qualified to meet the needs of the Town and why your firm should be selected. 8. A fee proposal in a sealed envelope separate from the proposal to be opened after the proposals have been ranked.. VIII. SELECTION PROCESS Proposals will be reviewed by a selection committee of three or more. Proposals will be evaluated based on the following criteria: Quality of the proposal Demonstrated experience of the firm and personnel on similar projects Understanding of the project scope Fee The committee will select a successful consultant based on the above criteria IX. LIVING WAGE ORDINANCE This RFP is subject to the provisions of the Town of Manchester Living Wage Ordinance. A summary description of the ordinance and the certification form is attached. Firms are asked to indicate on the attached Certification Form if your firm would be considered a covered employer. The Certification Form shall be returned to the Town with the proposal. X. GENERAL PROVISIONS A. The Town of Manchester is an equal opportunity employer, and requires an affirmative action policy for all of its Contractors and Vendors as a condition of doing business with the Town, as per Federal Order 11246. By submitting a Proposal for this Request for Proposal, all vendors and contractors agree to this condition of doing business with the Town and should the Town choose to audit their compliance, the vendor agrees to cooperate fully. B. Any act or acts of misrepresentation or collusion shall be a basis for disqualification of any proposal or proposals submitted by such persons guilty of said misrepresentation or collusion. In the event that the Town enters into a contract with any bidder who is guilty of misrepresentation or collusion and such conduct is discovered after the execution of said contract, the Town may cancel said contract without incurring liability, penalty or damages. C. All deliveries of commodities or services hereunder shall comply in every respect with all applicable laws of the Federal Government and/or the State of Connecticut. Purchases made by the Town of Manchester are exempt from payment of Federal Excise Taxes and the Connecticut Sales Tax and such taxes must not be included in bid prices. Federal Excise Tax exemption certificates, if requested, will be furnished. 3

D. The Town reserves the right to reject any and all proposals, to waive any informalities or technical defects in any proposal or discontinue this process at any time and to negotiate fees and final scope of service with selected firm. Non selection of any proposal will mean that another acceptable proposal was deemed to be more advantageous to the Town of Manchester or that no proposal was accepted. E. The Town will not be liable for any costs incurred in the preparation of the response for this Request for Proposal. All proposal submissions and materials become property of the Town and will not be returned. Respondents to this RFP are hereby notified that all proposals submitted and information contained therein and attached thereto shall be subject to disclosure under the Freedom of Information Act after evaluation and award decisions have been made. F. These specifications in their entirety are the property of the Town of Manchester. The Proposer shall not copy or disseminate any portion of these specifications without express written authorization from the Town of Manchester, except as necessary in the preparation of a proposal. Any authorized copies of these specifications or portions thereof shall include a similar paragraph prohibiting further copying or dissemination. G. Assignment by the successful respondent to a third party of any contract based on the Request for Proposal or any monies due is prohibited and will not be recognized by the Town of Manchester unless approved by the Town in writing. H. Selected consultants shall at its own expense and cost, obtain and keep in force, insurance per the attached limits during the duration of the project. Insurance coverage shall cover the consultant, all of its agents, employees, subcontractors and other providers of services. 1. Firms providing professional services must provide A., B., or C. below, along with the following: Errors and Omissions-aggregate limit of liability $1,000,000. A. General Liability and Property Damage - $2,000,000 aggregate $1,000,000 each occurrence B. Workers Compensation as required by Connecticut State Statute C. Auto Liability and Property Damage - $500,000 each occurrence $1,000,000 aggregate (necessary if automobiles/trucks are used by contractors) The contractor shall indemnify and hold harmless the Town of Manchester and their agents and employees from and against all claims, damages, losses, and expenses, including attorney s fee of counsel selected by the Town of Manchester, arising out of or resulting from the performance of the work, and/or the supplying of materials, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. 4

Summary Description for Vendors Regarding Manchester s Living Wage Ordinance Effective February 1, 2010, the Town of Manchester adopted a living wage ordinance. This Summary Description is designed to provide any vendor bidding on a Town of Manchester contract with the key provisions of that ordinance. It does not contain the full ordinance. LIVING WAGE REQUIREMENT: The ordinance requires that companies awarded service contracts by the Town of Manchester exceeding $25,000 in any one fiscal year pay their Eligible Employees a living wage. Companies considered Covered Employers subject to this requirement are defined below. The Town of Manchester has determined that the contract resulting from this bid or Request for Proposals will be subject to the ordinance if the total contract value is $25,000 or more in any one fiscal year. The living wage is currently calculated to be $13.60/hour for employees that are provided comprehensive health care benefits, or $17.52/hour for employees that are not provided comprehensive health care benefits. The living wage and health benefit requirements are adjusted annually each July, effective July 1, 2010. Companies will be required to pay the applicable living wage rate in effect during the term of their contracts. COVERED EMPLOYERS AND EXEMPTIONS: The ordinance requires that Covered Employers pay the living wage rate. Certain employers are excluded from paying the living wage rate. They are as follows: - Non-profit organizations as defined by the ordinance, and - Entities that employ less than 25 eligible employees. ELIGIBLE EMPLOYEES: Eligible employees are all permanent, full time employees of the company (defined as a normal work week of at least 30 hours), working in the State of Connecticut, not just those working on the Town contract. The following are not considered eligible employees for the purposes of the living wage requirement: - Employees with a normal work week of less than 30 hours. - Seasonal or temporary employees. - Employees under the age of 18. - Employees hired as part of a school-to-work program. - Students who serves in a work-study program or as an intern. 5

- Trainees participating for not more than six months in a training program. - Employees enrolled in a governmentally funded vocational rehabilitation program. - Volunteers working without pay. - Employees exempted under Section 14(c) of the Fair Labor Standards Act due to disabilities. - Any person whose wage rate is subject to a federal or State of Connecticut statute or regulation mandating a prevailing wage rate. EMPLOYER OBLIGATIONS: Covered Employers are required to do the following pursuant to the ordinance. - Certify with the submission of their bid or proposal a) that they will pay the required living wage to eligible employees if awarded a contract, or b) that they are exempt from requirements of the ordinance, - Upon award, covered employers shall provide the Town a sworn affidavit affirming that all eligible employees of the covered employer working in the State of Connecticut are receiving the living wage and health benefits required by this ordinance. - This sworn affidavit shall be provided thereafter on an annual basis within 30 days of a request being made by the Town if the duration of the contract exceeds one (1) year. - Notify their employees of their rights under the Living Wage Ordinance by posting a copy of the ordinance and other materials prepared by the Town of Manchester in locations where employees will see them. - Make best efforts to attempt to hire residents of the Town of Manchester for all new positions which result from a service contract subject to the ordinance. PROHIBITED PRACTICES: - Covered Employers cannot decrease non-wage benefits (such as insurance, vacation, or pension) as a means of complying with the living wage requirements. - Covered Employers cannot retaliate or discriminate against any employee for making a complaint against the covered employer regarding compliance with living wage requirements. 6

ENFORCEMENT: The Town may enforce the provisions of this ordinance by the imposition of fines, suspension of contract or declaring the Covered Employer ineligible for future contracts. WAIVERS: The ordinance provides for the waiver of certain requirements in the ordinance. However, no waivers will be considered until the bidding process has been completed and a contract has been awarded. Requests for waivers must be made by the Covered Employer, in writing, to the General Manager. The General Manager shall submit the waiver request to the Board of Directors, which shall have the sole discretion as to whether it is granted. The above is intended to be a summary of the requirements of the living wage ordinance as they affect covered employers and is provided for informational purposes only. Employers should read the entire Living Wage Ordinance. It can be found online at www.townofmanchester.org on the left side of the page. Click on Document Center, scroll to General Services and click on Living Wage Ordinance. 7

TOWN OF MANCHESTER LIVING WAGE CERTIFICATION FORM The Town of Manchester has determined that this contract may be subject to the provisions of the Manchester Living Wage Ordinance, Chapter 212 of the Manchester Code of Ordinances, Sections 212-1 through 212-11. Bidders are required to indicate whether they are a Covered Employer as defined by the Manchester Living Wage Ordinance or are exempt from the requirements by marking the appropriate section below. FAILURE TO INDICATE MAY RESULT IN THE REJECTION OF YOUR BID. Or that: I/We are a covered employer and shall pay the required living wage to eligible employees and comply with the requirements of the ordinance during the term of the contract. I/We are not a Covered Employer and therefore not subject to Manchester s Living Wage Ordinance for the reason indicated below: Charitable foundations, charitable trusts or nonprofit agencies or nonprofit corporations, provided that the foundation, trust or nonprofit agency or corporation is exempt from federal income taxation and may accept charitable contributions under Section 501 of the Internal Revenue Code of 1986, or any subsequent corresponding internal revenue code of the United States, as from time to time amended. Bidder employs less than twenty five (25) eligible employees. Annual contract value is less than $25,000. I, of do hereby certify Officer, Owner, Authorized Rep. Company Name that the representations made above are accurate for : Bid Name or RFP Name Signed by: Dated: TO BE RETURNED WITH BID OR RFP SUBMISSION. 8